Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2025 SAM #8566
SOLICITATION NOTICE

Z -- Williams and Deep Creek Surfacing

Notice Date
5/8/2025 2:31:24 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USDA-FS, CSA INTERMOUNTAIN 8 Ogden UT 844012310 USA
 
ZIP Code
844012310
 
Solicitation Number
1240LT25R0003
 
Archive Date
07/31/2025
 
Point of Contact
Tanya Spanfellner
 
E-Mail Address
tanya.spanfellner@usda.gov
(tanya.spanfellner@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This project will involve pit development of a government source, mining materials, crushing pit material into a blended surface course aggregate with commercial source additives. Items to complete: Perform roadway reconditioning along project length (7 miles of reconditioning from MP 21 to MP 28 of FSR 101). Crush, mix, haul, and place surface course aggregate along project length (7 miles of surfacing from MP 21 to MP 28 of FSR 101). Crush and Stockpile Aggregate includes development and use of pits, either government source or commercial source, to the specified gradation, including adding approximately 2% bentonite by weight to achieve desired properties. Actual % will be based on contractor�s initial materials testing. This includes clearing and grubbing, removing overburden, mining, crushing, mixing aggregate with bentonite using a pugmill, weighing, creating stockpiles (including any loading or hauling to create stockpiles), testing, and final site reclamation including placing overburden, waste materials, mulching, and seeding. Perform the work in accordance with MSHA 30 CFR, part 56.Surfacing - Aggregate Surface Course includes necessary surface preparations before placing aggregate such as: material and quality control testing, surface preparation (reconditioning), clearing and grubbing, spreading, watering, compacting, temporary traffic control, erosion control measures, and all other incidental work to surface the road (see surfacing typical on sheet G-05).Surface to the compacted depth specified in the drawings for the full roadway width, including all existing turnouts and widenings. Intersecting roads shall be bladed, shaped and surfaced for a smooth transition. Spread control and staking for aggregate is the responsibility of the contractor.Protect the environment and resources impacted by all construction activity according to all legal requirements, regulations, specifications, and best management practices (BMPs).East Leesburg Pit: Develop pit for operations, including clearing and grubbing, all incidental to crush and stockpile aggregate payment. Mine, crush, and blend aggregate with approved additives, stockpile material in the pit for surfacing. Project Location: The project is located along Williams Creek and Deep Creek Roads (FSR 021 and FSR 101) on the Salmon-Challis National Forest, Lemhi County, Idaho. The base bid line items occur from MP 13.7 to MP 27.7. Option line items start at MP 4 and go up to MP 13.7. Government pit locations (pit development and/or stockpiling): East Leesburg Pit (lat, long): 45.124, -114.083 Williams Summit Pit (lat, long): 45.095, -114.087 Place of Contract Performance: Lemhi County Salmon, ID Contract Time/Period of Performance: The anticipated start date is Mid-July 2025. The contract time will be 75 calendar days-Base Items and additional 15 days for each option item. Magnitude of the Proposed Project: In accordance with FAR 36.204, the estimated magnitude of construction for this project is between $1,000,000 and $5,000,000. Solicitation Date: The solicitation is anticipated to be issued on or after May 22,2025. Solicitation Documents: All future information about this acquisition, including amendments, will be distributed solely through this site. The complete solicitation package will be attached and made available only through SAM.gov, https://sam.gov/content/home on or after 15 days of this notice. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition to include amendments. Anyone wishing to participate in this proposed procurement must obtain a copy from SAM.gov. Solicitation/Award Type: This requirement is being solicited as a Small Business set-aside, with the intent to award a Firm-Fixed Price contract. A single award will be made from the solicitation. Contractors are required to be actively registered with the System for Award Management (SAM) https://www.sam.gov prior to submitting a proposal and to be considered for award. Registering in the SAM system is FREE. If you need assistance, please be sure to reach out your local Procurement Technical Assistance Center (PTAC) representative. PTAC is a FREE resource to all small business and your state representative�s contact information can be found at the following website: https://www.aptac-us.org/. Point of Contact: Tanya Spanfellner, Contracting Officer, tanya.spanfellner@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79c52632bde142fb9f4a54e9dfde05b2/view)
 
Place of Performance
Address: Salmon, ID, USA
Country: USA
 
Record
SN07435794-F 20250510/250508230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.